Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
DOCUMENT

R -- Multiple Award, Indefinite Quantity Contract for Archaeological/Architectural Services within Naval Facilities Engineering Command, Atlantic/Pacific Area of Responsibility - Attachment

Notice Date
12/3/2010
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247011R8008
 
Response Due
1/4/2011
 
Archive Date
1/19/2011
 
Point of Contact
Charlotte Ange, Contract Specialist Phone 757-322-8162
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The intent of this sources sought synopsis is to identify potential qualified 8(a), Historically Underutilized Business Zone (HUBZone) Small Business, Service Disabled Veteran Owned Small Business, and Small Business firms for an archaeological and architectural services contract. The place of performance is primarily NAVFAC Atlantic s are of responsibility (AOR) which includes the continental US (CONUS), and areas outside of the continental US (OCONUS). OCONUS areas include the Caribbean and areas within NAVFAC EURAFSWA (Northern Africa, Europe, and Bahrain). Work could also be performed elsewhere including areas within NAVFAC Pacific AOR (Hawaii, Marianas, Guam, Japan, Singapore, Korea). CONUS: All cultural resources investigations shall be completed in compliance with the National Historic Preservation Act (NHPA) of 1966 as amended, Executive Order 11593, the Archeological Resources Protection Act of 1979, the Historic and Archeological Data Preservation Act of 1974, the Native American Graves Protection and Repatriation Act of 1990, and the National Environmental Policy Act of 1969. Additionally, the following implementing Code of Federal Regulations will be adhered to: 32 CFR 229; 32 CFR 650; 36 CFR 60; 36 CFR 63; 36 CFR 65; 36 CFR 67; 36 CFR 68; 36 CFR 78; 36 CFR 79; 36 CFR 800; 43 CFR 3; and 43 CFR 7.2; and other applicable Federal, state, and local laws, regulations, and guidance documents. OCONUS: All cultural resources work shall be completed pursuant to the OPNAVINST 5090.1c; and relevant chapters of DoD Final Governing Standards (FGS); and the Overseas Environmental Guidance Baseline Directives (OEGBD) for sovereign nations and adhere to any Status of Forces Agreements (SOFA), which may be in place for a specific Host Nation. In addition, any work occurring outside the Continental U.S. and U.S. territories, will be performed in accordance with Host Country laws and regulations comparable to the NHPA and its implementing regulations. After review of the responses submitted, a solicitation announcement will be published in the Federal Business Opportunities if the government intends to continue with the procurement. The general scope of work is to provide archaeological and architectural services for the survey, inventory, identification, evaluation, study, protection, preservation, conservation, and interpretation of prehistoric and historic archaeological resources and architectural resources for regions within NAVFAC Atlantic s area of responsibility and elsewhere as identified above. The work conducted under this contract may include but not be limited to the following type services: Literature Searches to determine what cultural resources are known or likely to be located within the project or study area and to assess the type, extent and validity of previous cultural resources studies in or pertinent to the project area. Reconnaissance Studies to predict the number, distribution, types, affiliation, data potential, and probable significance of cultural resources in the project or study area. Intensive Surveying of a project area to identify cultural resources that can be detected from the surface. Evaluation or testing shall be performed to evaluate the National Register eligibility of archeological sites, historic structures, districts and sites, sunken vessels, underwater archeological sites, and to obtain sufficient data to develop specific goals for mitigation. Mitigation through Documentation, Data Recovery and Analysis in accordance with procedures determined sufficient by the Navy, the appropriate State Historic Preservation Office (SHPO), and the Advisory Council on Historic Preservation. Construction/Project Monitoring to protect significant cultural resources that may be discovered during construction or project implementation to assure protection of sites within or adjacent to impact areas. Preparation of Exhibits/Interpretative Materials to be used by the Government to inform the interested public of the results of the cultural resources investigations. Underwater Cultural Resources Investigations to evaluate and assess the significance of underwater cultural resources under the jurisdiction of the Navy. The Contractor shall have the capability to complete underwater remote sensing studies as well as diving on underwater sites or objects to evaluate their significance or recover significant data. The Contractor may also be requested to complete archival processing of military documents, maps, and drawings to ensure their long-term preservation. This shall include sorting, cataloging, conservation, and accessioning of documentary data. The government intends to solicit and award a Multiple Award, Firm Fixed Price (FFP), indefinite delivery/indefinite quantity (ID/IQ) contract with an estimated ceiling of $20 million in order to perform this work. The contract term will be a base year and two one year option periods. The task order projects will vary in magnitude. The NAICS code is 541990, All Other Professional, Scientific, and Technical Services. The small business size standard is 7 million. The government will evaluate sources capabilities on the following from responding firms; (1) Prime and key consultants in terms of recent experience (within the last 3 years) with regard to the services listed above, knowledge of cultural resource regulations, and experiences working within NAVFAC Atlantic AOR. Provide a minimum of three and no more than six concrete examples from current or past contracts that demonstrate this experience. Individual projects (task orders or stand alone contracts) under $50,000 will not be considered. One or more individual project(s) of $250,000 should be included in the examples provided. (2) Professional qualifications and capabilities of the staff to be assigned to the resulting contract; include experience within the past 3 years in the types of work addressed above. Firms will be evaluated in terms of their staff s active professional registration as may be applicable to their respective disciplines and qualifications relative to the Secretary of the Interior s Standards for Historic Preservation Professional Qualifications (Federal Register, June 20, 1997 (Volume 62, Number 119) for Historical Architects, Historic Preservation Planners, Historic Preservationists, Architectural Historians, Conservators, and Archaeologists. (3) Provide evidence of support facilities necessary for this program and corporate capacity to perform multiple tasks concurrently. (4) If you are considering entering into a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide and include applicable experience for each member, and to what extent your firm has worked with the proposed subcontractors in the past. For other than bundled requirements you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture and not each individual member (13 CFR 125.6(i)). The small business prime will be required to comply with FAR 52.219-14 which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended by employees of the concern. Provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract. It is requested that interested firms submit to the contracting office a brief capabilities statement (no longer than 20 pages in length) demonstrating their ability to meet and execute the requirements as set forth above. SUBMISSION REQUIREMENTS:Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the most recent projects (minimum of three, maximum of six), which demonstrate an ability to meet the qualification criteria listed above. Provide the contract number, contract type (i.e. fixed price, indefinite quantity/indefinite delivery, cost reimbursement, etc.), project value, contract value and point of contact with phone number. Indicate whether the work was performed as a prime or a subcontractor, as well as what percentage of work your firm performed. List key personnel that participated in the projects and their responsibilities. Provide your ability to meet the qualifications described above relative to your firm/team. Provided business name, address, telephone number and business site, socioeconomic category for NAICS code 541990, average number of employees of the concern, and average annual receipts based on the last 3 fiscal years. Packages are due by 4 Jan 2011. Mailed packages shall be addressed to: Naval Facilities Engineering Command, Atlantic 6506 Hampton Blvd. LRA, Bldg. A ATTN: Charlotte Ange, Code ACQ21 Norfolk, Virginia 23508-1278 This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government will not provide a debrief on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance. POINT OF CONTACT: Charlotte Ange, Contract Specialist Phone 757-322-8162 Email charlotte.ange@navy.mil Suzanne Schmitt, Contract Specialist Phone 757-322-4523 Email suzanne.schmitt@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247011R8008/listing.html)
 
Document(s)
Attachment
 
File Name: N6247011R8008_Sources_Sought_11-8008.pdf (https://www.neco.navy.mil/synopsis_file/N6247011R8008_Sources_Sought_11-8008.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247011R8008_Sources_Sought_11-8008.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02338187-W 20101205/101203234052-97b42dd921c2379b65116df18234ab97 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.